Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1999 PSA#2420

Directorate Of Contracting/Bldg 1289, Oo-Alc 6038 Aspen Avenue, Hill Air Force Base, Ut 84056-5805

99 -- COMMAND CONTROL SWITCHING SYSTEM SOL F42600-99-B-BBBB POC For copy, Christy Smittle/Lhk/[801]777-8689, For additional information contact Christy Smittle/Lhk/[801]777-8689 EPS Entry for the CCSS Depot Logistics Support Contract (Sole-Source) Presolicitation Notice.Contracting Office Address United States Air Force, Air Force Materiel Command, OO-ALC, OO-ALC/PKXD, 6038 Aspen Ave (Bldg 1289), Hill AFB, UT 84056. Response date OCT 25,1999. 99 -- COMMAND AND CONTROL SWITCHING SYSTEM (CCSS) DEPOT LOGISTICS SUPPORT SOL F42600-99-R-BBBBB POC For copy, Christy Smittle/Lhk/[801]777-8689, For additional information contact Christy Smittle/Lhk/[801]777-8689 SUBJECT: Market research/Request for Information (RFI) for providing Depot Logistics Support on the Command and Control Switching System (CCSS). OO-ALC is requesting information from interested industry parties about a potential requirement for Depot Logistics Support on the Command and Control Switching System (CCSS). Raytheon Systems Company (RSC) is the OEM of the CCSS switches and most peripheral equipment. Remaining peripheral equipment is COTS. Raytheon has supported this system under two similar contracts for the past ten years. CCSS is an advanced multilevel precedence electronic digital telecommunication switching system developed for military command and control facilities requiring highly reliable secure communications. The system provides complete feature service to a community of users in a secure communications environment. All trunk circuits, whether analog or digital, are encrypted prior to transmission outside of the dedicated secure area. CCSS is designed as a modular, expandable, high-isolation, redundant, non-blocking switch with emphasis on reliability and interface flexibility. The switching system provides intra/intercommunication among subscriber lines, attendant consoles, trunks and data ports. It features extremely high crosstalk isolation, unlimited digital conferences, multilevel precedence and preemption call processing (to subscriber level). CCSS switches interface with KY-3, KY-71, KY-57/58, KY-68/78 and STU-III cryptographic devices, as well as TI bulk encryption equipment which permits circuit access to Automated Secure Voice Communications, Defense Switch Network (DSN) and commercial networks. Components of the CCSS system are state-of-the-art, non-developmental items. This acquisition will provide follow-on depot logistic support for CCSS switches. There are currently over 100 listed operational CCSS switches located at strategic worldwide locations. Critical users of the system include: The White House Communications Agency, National Security Council, Chairman and the Joint Chiefs, Army, Navy, Air Force and State Department plus key government agencies such as the United States Secret Service, Central Intelligence Agency, Defense Intelligence Agency and other black-world components. Other users will be supported by the contract as they join the CCSS. The contract will provide contractor logistic support (CLS), spare parts replenishment, management of depot spares maintenance, commercial technical manuals, Depot Logistic Support Office (DLSO), Field Logistic Support Offices (FLSOs), software support, engineering and technical assistance, switch movements (includes de-installation and re-installation) and the capability to engineer, furnish, install and test (EFI&T) future new site equipment and configuration upgrades. Your response to this RFI should describe your technical approach for providing depot logistics support to the CCSS. Your response should include a description of your past experience with the Raytheon line of switches used in the CCSS and identify any major cost, schedule, and risk drivers associated with your technical approach. The Air Force is in the sustainment phase of this weapons system's lifecycle. Any cost information provided in response to this RFI will not be binding. The government does not intend to award a contract on the basis of the request or to otherwise pay for the information requested except as an allowable cost under other contracts as provided in FAR 31.205-18, Bid and Proposal Costs. It is anticipated that all information received in response to this RFI will be unclassified. All data received in response to this RFI marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Respondents will not be notified of the results of the Government's review of their responses. Interested parties must respond in writing. Your response to this request must arrive in this office no later than 1615, 23 Oct 1999 addressed to Christy Smittle at (801)777-8689 or Fax (801) 777-7582. If you have questions or require additional information, contact CHRISTY A. SMITTLE, Contracting Officer. Electronic procedure will be used for this solicitation. See our Web page Electronic procedure will be used for this solicitation. See our Web page. !! Posted 08/25/99 (I-SN372410). (0237)

Loren Data Corp. http://www.ld.com (SYN# 0413 19990827\99-0018.SOL)


99 - Miscellaneous Index Page